SOLICITATION NOTICE
66 -- Linear Square Table and Accessories
- Notice Date
- 2/2/2007
- Notice Type
- Solicitation Notice
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB1341-07-RQ-0067
- Response Due
- 2/12/2007
- Archive Date
- 2/27/2007
- Description
- DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-14. The associated North American Industrial Classification System (NAICS) code for this procurement is 335312 with a small business size standard of 500 employees. The acquisition is being procured using full and open competition. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency?s requirement. The brand name or equal requirement does not apply to line items 0005, 0006, or 0007. The National Institute of Standards and Technology (NIST) has a requirement for for the following line items: LINE ITEM 0001: Quantity two (2) each Parker Daedal Square Rail Linear Tables, Model 401200XRMS-D3H3L2C3M3E2R1 or equivalent, with all of the following required salient characteristics: 1. Must have 41 mm profile with 200 mm travel; 2. Must have 10 mm lead ball screw, standard grade; 3. Shall not contain home and NC limit sensors with flying leads; 4. Must have 0.250 inch bore bellows motor coupling; 5. Must have NEMA 23 inline motor mounting; 6. Must have 1.0 micron linear encoder. LINE ITEM 0002: Quantity two (2) each Parker Daedal Compumotor Stepper Motors, Model ES21B-DNR10 or equivalent, with all of the following required salient characteristics: 1. Must have NEMA 23; 2. Must have single stack 170 VDC winding; 3. Must have a minimum 117 oz-in static torque; 4. Must have 0.250 inch diameter double shafted, 10 inch flying leads; LINE ITEM 0003: Quantity two (2) each Parker Daedal Compumotor Microstepper Drive Model ZETA4 or equivalent, with all of the following required salient characteristics: 1. Must have 4.0 amp peak at 120 VAC; 2. Must have 170 VDC bus voltage; 3. Must have step and direction input or CW/CCW input; LINE ITEM 0004: Quantity one (1) each Parker Daedal Compumotor Motion Controller Model 6K2 or equivalent, with all of the following required salient characteristics: 1. Must have a 2 axis controller; 2. Must have 25 pin D sub encoder and home/limits connectors; 3. Must have 24 VDC controller power, communication RS232, RS485, or ethernet, ship kit which includes programmer?s guide, command reference, motion planner CD and PC to 6K communication cable; LINE ITEM 0005: Quantity two (2) each Controller to driver cable, 10 feet in length. LINE ITEM 0006: Quantity two (2) each 25 Pin D sub Screw Terminal and Breakout Board with a two foot cable. LINE ITEM 0007: Quantity one (1) each 60 watt, 24 VDC, Power Supply Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Delivery shall be completed in accordance with the Contractor?s commercial schedule. Award shall be made to the quoter who meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation and quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets the required salient characteristics and meets the Government?s needs in the same manner as the brand name. The full text of the FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; (13)52.211-6, Brand Name or Equal (Aug 1999) (24)52.225-2, Buy American Act-Certificate The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (14)52.222-3, Convict Labor (15)52.222-19, Child Labor-Cooperation with Authorities and Remedies (16)52.222-21, Prohibition of Segregated Facilities (17)52.222-26, Equal Opportunity (19)52.222-36, Affirmative Action for Workers with Disabilities (23)52.225-1, Buy American Act-Supplies (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1). An original and one (1) copy of a quotation which addresses the above line items. 2). Two (2) originals of technical description and/or product literature; All quotes must be sent to the National Institutes of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 2:00 p.m. local time on February 12, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL BE ACCEPTED.
- Place of Performance
- Address: 100 BUREAU DRIVE, MS 1640, GAITHERSBURG, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01224591-W 20070204/070202220349 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |